Tender

BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework

BLUELIGHT COMMERCIAL LIMITED

This public procurement record has 2 releases in its history.

TenderCancellation

08 Jul 2025 at 14:49

Tender

28 May 2025 at 13:49

Summary of the contracting process

The procurement process facilitated by BlueLight Commercial Limited, a public authority within the sub-central government sector, aimed to establish a framework titled "BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework." This initiative was designed to secure a national framework agreement supporting the UK's law enforcement agencies in managing and realising crypto assets. The process was initiated on 28th May 2025 and involved competitive tendering with a selective procurement method, composed of multiple stages including participation, tender, and demonstration. Situated in London, this tender fell under goods procurement, specifically focusing on industry-specific software and custody services. Although the tender process was active, it transitioned to cancellation due to the lack of submissions meeting required conditions by 8th July 2025, highlighting a missed opportunity for potential suppliers.

This tender initially offered extensive business growth prospects for companies specialising in crypto asset management and software solutions. With a framework value estimated between £800,000 and £40,000,000 and a potential duration of up to eight years, it represented a substantial commercial opportunity. Businesses well-suited to compete would have included those with expertise in Software-as-a-Service (SaaS) solutions, capable of providing secure crypto storage and related services. Particularly, firms adept in handling complex legal and security requirements and offering comprehensive support services such as training would have found this a beneficial project. Despite the cancellation, the structured approach and significant financial scope underscored the demand and opportunity within the public sector for skilled providers in this innovative domain.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework

Notice Description

BlueLight Commercial (BLC) are delivering a new national framework agreement on behalf of the Home Office to provide a secure crypto storage and services. This framework will support the delivery of the Economic Crime Plan 2 through provision of secure storage of crypto assets during legal proceedings and ensuring assets can be returned to owners, returned to victims or sold. UK law enforcement and government departments and agencies are seeing an increase in the use of cryptocurrencies for illicit purposes. This includes to facilitate the commission of a crime, launder the proceeds of crime, or crypto assets being obtained through the commission of crime as a benefit. As with all other areas of criminal investigation, these Assets can be seized under various legislative powers including the Proceeds of Crime Act 2002, as amended (POCA), the Police and Criminal Evidence Act 1984 (PACE) and the Economic Crime and Corporate Transparency Act 2023. This is an exciting opportunity to provide a centralised, single supplier framework agreement across UK law enforcement and government for a full end-to-end Software-as-a-Service (SaaS) based custody and trading service alongside support services including training. The supplier must be able to store and manage a wide range of Cryptocurrency and also enable the purchase of a variety of crypto assets. The average time between seizure of assets and conclusion of the legal proceedings (realisation) is within 1 year, for more complex cases can be 3 to 4 years. The successful framework supplier will be paid on a commission-only model based on the asset value at the time of realisation. Note the duration of the framework will be 4 years in the first instance with after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The total estimated framework value is between PS800,000 and PS40,000,000 (ex VAT) and includes all extensions (up to 8 years). Justification for not publishing a preliminary market engagement notice The Authority has carried out preliminary market engagement. A Prior Information Notice (PIN) was published under the Public Contracts 2015 on the Find a Tender

Lot Information

Lot LOT-0001

Renewal: The initial Framework period will be for four (4) years, after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The framework duration is longer than 4 years because assets may be held by the supplier for longer than 4 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-052812
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038336-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

66 - Financial and insurance services

72 - IT services: consulting, software development, Internet and support


CPV Codes

48100000 - Industry specific software package

66162000 - Custody services

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
£40,000,000 £10M-£100M
Lots Value
£40,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jul 20257 months ago
Submission Deadline
25 Jun 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Oct 2025 - 12 Oct 2029 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Cancelled
Contracts Status
Cancelled

Contracting Authority (Buyer)

Main Buyer
BLUELIGHT COMMERCIAL LIMITED
Additional Buyers

MISSING

Contact Name
Not specified
Contact Email
e-procurement@bluelight.police.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 3JS
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-052812-2025-07-08T15:49:15+01:00",
    "date": "2025-07-08T15:49:15+01:00",
    "ocid": "ocds-h6vhtk-052812",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-12517649",
            "name": "BLUELIGHT COMMERCIAL LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "12517649"
            },
            "address": {
                "streetAddress": "Lower Ground 5-8 The Sanctuary",
                "locality": "London",
                "postalCode": "SW1P 3JS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "e-procurement@bluelight.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.bluelightcommercial.police.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-12517649",
        "name": "BLUELIGHT COMMERCIAL LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-052812",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework",
        "description": "BlueLight Commercial (BLC) are delivering a new national framework agreement on behalf of the Home Office to provide a secure crypto storage and services. This framework will support the delivery of the Economic Crime Plan 2 through provision of secure storage of crypto assets during legal proceedings and ensuring assets can be returned to owners, returned to victims or sold. UK law enforcement and government departments and agencies are seeing an increase in the use of cryptocurrencies for illicit purposes. This includes to facilitate the commission of a crime, launder the proceeds of crime, or crypto assets being obtained through the commission of crime as a benefit. As with all other areas of criminal investigation, these Assets can be seized under various legislative powers including the Proceeds of Crime Act 2002, as amended (POCA), the Police and Criminal Evidence Act 1984 (PACE) and the Economic Crime and Corporate Transparency Act 2023. This is an exciting opportunity to provide a centralised, single supplier framework agreement across UK law enforcement and government for a full end-to-end Software-as-a-Service (SaaS) based custody and trading service alongside support services including training. The supplier must be able to store and manage a wide range of Cryptocurrency and also enable the purchase of a variety of crypto assets. The average time between seizure of assets and conclusion of the legal proceedings (realisation) is within 1 year, for more complex cases can be 3 to 4 years. The successful framework supplier will be paid on a commission-only model based on the asset value at the time of realisation. Note the duration of the framework will be 4 years in the first instance with after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The total estimated framework value is between PS800,000 and PS40,000,000 (ex VAT) and includes all extensions (up to 8 years). Justification for not publishing a preliminary market engagement notice The Authority has carried out preliminary market engagement. A Prior Information Notice (PIN) was published under the Public Contracts 2015 on the Find a Tender",
        "status": "cancelled",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66162000",
                        "description": "Custody services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "value": {
            "amountGross": 48000000,
            "amount": 40000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1-The Participation Stage consists of the following: This is a series of Pass/Pail questions relating to the requirements of the procurement. Bidders are required to sign an non-disclosure agreement at this stage. All bidders that pass all Conditions of Participation and sign the non-disclosure agreement will progress to Stage 2. Stage 2-Tender Stage The Tender Stage consists of the following: Quality-bidders must respond to the technical questions. Price-bidders must complete the pricing schedule based on the pricing scenario. Social Value-bidders must respond to the social value questions providing information relevant to how these will be addressed over the lifetime of the Framework. Stage 3 -Demonstration Stage The highest scoring bidder will be invited to demonstrate their solution. If the bidder is unable to verify the information submitted in their ITT submission the next ranking bidder will be invited to demonstrate their solution."
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "participationFees": [
            {
                "id": "ocds-h6vhtk-052812",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.02,
                    "monetaryValue": "award"
                },
                "description": "The fees are a percentage of the supplier's commission."
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Chief Constables and/or Police and Crime Commissioners and/or the Police Authorities for their respective rights and interests. Police, Fire and Crime Commissioners, Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and /or fire within a combined authority Ministry of Defence, MOD Police, Serious Fraud Office, Police Service of Northern Ireland, Gibraltar Police, Cyprus Police, Channel Islands Police, Isle of Man Police, British Transport Police, Civil Nuclear Constabulary, Financial Intelligence Unit Jersey, as established under the Proceeds of Crime (Financial Intelligence) (Jersey) Regulations 2015; Police Scotland; Home Office and His Majesty's Revenue and Customs, Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies: Department for Work and Pensions , College of Policing, Border Force, Independent Office for Police Conduct, Organisations under the Crime and Courts Act 2013.",
                "description": "The framework will be awarded to one supplier for use by parties named in this notice. The procedure for the call-off contracts will be direct award."
            }
        },
        "submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd/home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-02T17:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-06-25T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-29T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "LOT-0001",
                "status": "cancelled",
                "value": {
                    "amountGross": 48000000,
                    "amount": 40000000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "Stage 1: PSQ Conditions of Participation: Suppliers must pass each of the conditions of participation and sign the non-disclosure agreement to go through to Stage 2. Stage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated below. Quality and Technical-50% Price-40% Social Value-10% Stage 3: Demonstrations: The highest scoring supplier will be invited to demonstrate their solution and must be able to verify the information provided at Stage 2. If the highest scoring supplier is unable to verify their submission information the next ranking supplier will be invited to demonstrate their solution.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "Stage 1: PSQ Conditions of Participation: Suppliers must pass each of the conditions of participation and sign the non-disclosure agreement to go through to Stage 2. Stage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated below. Quality and Technical-50% Price-40% Social Value-10% Stage 3: Demonstrations: The highest scoring supplier will be invited to demonstrate their solution and must be able to verify the information provided at Stage 2. If the highest scoring supplier is unable to verify their submission information the next ranking supplier will be invited to demonstrate their solution."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-10-13T00:00:00+00:00",
                    "endDate": "2029-10-12T23:59:59+00:00",
                    "maxExtentDate": "2033-10-12T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial Framework period will be for four (4) years, after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The framework duration is longer than 4 years because assets may be held by the supplier for longer than 4 years."
                }
            }
        ],
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "https://sell2.in-tend.co.uk/blpd/home"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "028154-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028154-2025",
                "datePublished": "2025-05-28T14:49:40+01:00",
                "format": "text/html"
            },
            {
                "id": "038336-2025",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/038336-2025",
                "datePublished": "2025-07-08T15:49:15+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Detailed in the Framework Terms and Conditions"
        },
        "riskDetails": "The risks have been identified in the Framework Terms and Conditions"
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "No responses could meet all of the conditions of participation.",
            "finalStatusDate": "2025-07-08T00:00:00Z",
            "relatedLots": [
                "LOT-0001"
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "cancelled"
        }
    ]
}